Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

J -- Elevator Modernization

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), East Service Center (6PET), East Technical Services Branch 1500 E. Bannister Road, Kansas City, MO, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P05GYC0016
 
Response Due
8/4/2005
 
Archive Date
8/19/2005
 
Point of Contact
Mitchell Akers, Contracting Officer, Phone 816-823-2275, Fax 816-926-1779, - Stephanie Witt, Contract Specialist, Phone 816-823-5013, Fax 816-823-2273,
 
E-Mail Address
mitchell.akers@gsa.gov, stephanie.witt@gsa.gov
 
Description
Request for Proposals Notice for a Firm Fixed Price Contract for Elevator Modernization at the Federal Building and U.S. Post Office in Iowa City, Iowa. JOB PCN: RIA26410. This procurement is Full and Open. Only offers submitted by firms, that meet the Small Business Size Standards set forth by the Small Business Administration, will be considered. The North American Industry Classification System (NAICS) Code for this project is: 238990 and the size standard is $12 million. Issue Request for Proposals: on or about 7/5/2005. Receive Proposals: on or about 8/4/2005. Estimated Cost Range: $250,000 - $500,000. Time for completion: 240 calendar days from the Notice to Proceed. The Contractor shall provide all labor, material, and disposal required to renovate the building’s interior elevators as shown and as specified. This work includes but is not limited to, associated architectural, mechanical and electrical assemblies and systems. Material containing asbestos includes elevator doors, floor tile, and mastic. Asbestos abatement competency qualification information will be required to be submitted and approved prior to award. Elevator competency qualification information will be required to be submitted and approved prior to award. Base Bid is for (a) Modernizing two (2) existing elevators. (b) Associated architectural, mechanical and electrical upgrades. Option 1 is for replacing hydraulic cylinder plunger unit and providing new buffer channel and spring buffers with jack unit replacement. Option 2 is for adding interim maintenance service to the two (2) existing elevators nos. 1 and 2. The interim maintenance service for both elevators shall commence upon notice to proceed and end upon substantial completion of both elevators. Option 3 is for adding full maintenance service to the (2) modernized elevators nos. 1 and 2 for a period of 12 (twelve) months commencing upon completion of all elevator modernization work concurrent with 1 (one) year guarantee period. The guarantee period shall commence with substantial completion of all elevator work and end one year following that date. This is a competitive negotiated acquisition. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures. The Government intends to use the best value concept in making the selections. The best value concept is a method of evaluating technical qualifications and price as specified in the solicitation; which in the Government's estimation, provides the greatest overall benefit in response to the requirement. The RFP will be issued on or about 7/5/2005. Proposals shall be received in this office on 8/4/2005. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected and may discuss proposals with the offerors. Two factors will be considered: a technical evaluation factor and price. The elements that make up the technical evaluation factor, in descending order of importance are: (1) Experience and Past Performance of the Firm, (2) Qualifications of Key Personnel, and (3) Management and Technical Approach. The Technical factor is more important than the price factor. As proposals become more equal in the technical merits, price becomes more important. The RFP will be available from the General Services Administration through the GPE on FedBizOps. All responsible sources may submit a proposal, which will be considered by the agency. The solicitation will be available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOps and the Central Contractor Registration (CCR) database, and is available for use by all Federal Agencies. At a minimum all vendors must supply the following information: Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from you company CCR Point of Contact), Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number, and Your Email Address. Once you have registered with CCR you will be required to register with FedTeDS. No federal material can be downloaded until you have registered under both sites. You may access FedTeDS via the following address www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor’s responsibility to monitor FedBizOps for any changes and/or conditions. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company’s ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/6PMT-E/GS06P05GYC0016/listing.html)
 
Place of Performance
Address: Federal Building and U.S. Post Office 400 S. Clinton Street Iowa City, IA
Zip Code: 52240
Country: United States
 
Record
SN00831857-F 20050619/050617211711 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.